Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1975
CITY OF D$NTONo TEXAS •$PSCIFICATIONS f~ .COIr'T C 'i DOCUMENTS. F'OR FAVIa Gg BZL4 AMU ~`HcKI NNV,STREET, k a CERTIFICATL OF INSURANCE Issued at the request of t City of Denton Address I Dentons Toxas IMIS IS TO CERTIFY THAT the Insured named below is at this date tniored with the a dosionated company as described in the following schedules DESCRIPTIVE SMEDULK 1 r Name of Insured J. L. Bertram Construction & Engineering, Inc. i 300 Blue Smoke Court West Address of Insured I Fort Worth, Texas 78105 Type of Insurance Pbliay Nwober Expiration ` Limit■ Date Comprehensive Catastrophe Liability DCL 079630 9/30/76 $2,000,000,00 Excess of :he Insuredss General Liability, Automobile Liability, Employers' Liability and any other form of 'Casualty Insurance, as sot out In the Schedule of Underlying Insurance attached to this policy. r ~ IN THS EVENT OF CAKELLATION of the insurance it is agreed the issuing c3mysn=, will make every effort to notify the party to whom this certificate Is issued of such cancellation, but undertakes no responsibility by reason of any failure so to do. SERVICING AGENTt X UNITED STATES FIRE _'Nsumc , COMPANY nchor Insurance Managers Agoy. WESTCHESTER FIRE INSURANCE CaHPANY 17 F,t. Worth National Bank Bldg, t. Worth, Texas 78102 `THE NORTH RIVER INSURANCE COMPANY INTIMAT'I*" INSURANCE CMANY Date:_- Hay. 15, 1975 AA00/ QJ 4974A (Revi'sd 6117167) eye f` Authorized Representative Dan Biggins C RTIF E OF ~N URANCE tf A Toth b to ce% that the ltlif listed In this Cti'rti&dte lure been (swell to the tamed irw#4 by the w 1:►', r~ porKles. below. This Certifuate does fat lornk extend w otherwisli altar the terms, conditions or exclufloft ofsuucls~BrKad E ..I r Isswd To INsme end AddrlW s I , 'i city of Damon { 1 Dentono Texas I: i etamed Insured Ind Address, J. L. Bertram Construction b Engineering, Inc. 300 Blue Smoke Court West If i . For exas 7610S - ~ LIIdu e~ 1Ia110yf I»;`r Policy Nmober Policy Tool Type of Ieslrsece r. j + 11d0y toory Property Oowto f ri. t worlmen's com nsstion Statutory y~l , 1 S 100 .000 Each Person; i Included Employers' liability Z ,000 Each Accident .000 Medtd -Each Person Comprehensive Automobile S I no 000 Each Person l OTC 6580 9/30/14-75 Liability S 000 Each Occurrent $ 0 Rnrehenslve General, Each occurreaca ~'t gl allity A[$relatl Operations 3 100 Ian , 000 ~;i OTC 6580 9/30/74"75 A[[regate Protective $ , 00 i' i Inclodln Blanes,. - ® Contrlcual llabiiily Ay[re[ato Comp itted { 4 S , 000 Operatlons InJ Products S , 000 r ltanutaclurers' and $ 1000 fMh Occurrent S 020, 04 ne luded Co~bxlors' liability A[[rega4 S ,000 Win', landlords' Ind S 000 rich Occurrence S 000 fit' Tenants' liability A$[re[at1 $ ,000 Completed Osections and S .000 Esch Occurrence S , 040 p, Included Products liability S , 000 A [regale S 000 j Contractual liability S 400 1 Occurrence S 004 Included A[;regale S ,000' Comprihinslve Excess S 000 fuh'Ot"France ca ~rf rorwo InGwi S 000 re its Preliry0 r Y:' I' '8 oesadpliOl led IociUle 1 1eeausis led e111m;1a11 elrlrelr c I State of Taxes Construction of Streets and Roads _l,Automobile Fleet-Private Passenger Cars 6 Trucks, Hired Car 6 Non-Ownership Llabllity. • ~i ~'„1i , i , El UNITEO STATES FIDELITY AND GUARANTY COMPANY ® FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. I i El } ANCHOR I SURANCE MANAGERS AGCY, r, fjt ` wis my _15, 1975 By • , ~ i -r E II Dan BI ins S A i, 7,r~.. I '~J ~e~~t•' '1 ~ 1 l ! l~i.l' (us, a" ta•?ea Tear .M • ~r CITY OF DENTON FRCMt„ TO: lair ~ DATE: DEPTt OR YOUR RP,ViH:1i P SE TA AP?ROPRIATE ACTION PLEASE PREPARE DRAFT OF REPLY V FOR YOUR YNT~m TICK FOR COVENT AND RECOMMENDATION - -PLH`Z REPLY ON MY BEHALF PLEASE DISCUSS vim ME: ~ PLEASE RETURN REMARKS 1 rotx d Y: "r. Y s r.. 14,I bxrw'v." SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTrUCTION OF PAVING AND DRAINAGE IMPROVEMENTS ON McKINNEY STREET CARROLL 80ULEVokRD TO BELL AVENUE \ti AND BELL AVENUE McKINNEY STREET TO DALLAS DRIVE MARCH, 1975 PREPARED BY DEPARTMENT OF COMMUNITY DEVELOPMENT, CITY OF DENTOIJ,TEXAS MMIE J BLACK UEW IT Y GIN DIRECTOR OF UTILITIES 7W, CHA ggLN ORDER NO. i yr.OJECZ The following alterations are made and Jointly agreed bot parties for amending the contract, dated May 20, 1975 tforYthe h paving of Bell/McKinney Streets in the City of Denton, Texas: 1, Amend the specifications for Sid Item 360 8" meat, to allow for the use of id gravel In concrete pave. crushed stone, place of 100% 2• fiend th Credit to City of Denton $10,011.93 the specifi cations for Bid Item 520, i gr allow for 3/8" hooR dowels for the concrete ~urbreiti 8 curb, to along with one 3/8' horizontal bar, redit to City of Denton $ 20048.07 3, Amend the specifications for bid items on concrete sewer pipe to allow for G.S. 702-Telco joints or Ram-Nek joints, 4. Delete 6n0 lineal feet of Credit to City of Denton $11,209,00 Plastic conduit, Credit to City of Denton 1,860,00 5, Add one 4' curb inl,9t pt Station 0+10, Dallas Drive underpass, as requested by the state Highway Department. Cost to City of Denton 500.00 6. Change 70 lineal feet of 30" reinforced concrete pipe to 3611 Pipe as requested by the State Highway DeF~rtment, P 36 Cast to City of Denton $ 455.70 Original Contract Amount 1619842,26 Amended Contract Amount 815,668,96 City of en n L. Be tra By. 9r, Inc. ayo By. r n Attest: sue/ AttPSt:L ✓ ,.,F~ s J ~ ~i pia su 'e: " t~ ADDENDUM #1 City of Denton, Texas Specificati ons and Contract Documents for in of Bell AvenuetandpMcKinney Street 1975 The following alterations to the approved plans and specifica- tions are hereby made, 1. BID DATE Sealed bids will be received until 2;00 m 1975 for the construction of paving and drainage~imprroveme~` nts 4 on McKinney Street and Bell Avenue in the City of Denton, (A r change from April 24.) 2. MATERIAL CHANGE Materials under Items 340•A & 340-B Asphalt Pavement {Page D-3) shall be as follows, Coarse aggregate used under this item for 5/8" size and larger shall be crushed mineral a re ate," (A change from limestone.) 3. MATERIAL CHANGE Materials under Item 340-C Asphalt 8411 be as follows: "All coarse aggregate Pavement forthe Type 'D' pavement shall be crushed minera l a (page D'4) limestone.) gRr_eR._ate." (A change from 4. MANHOLE SPECIFICATIONS Bid Items 470-A, 470-B and 470-C, Manholes, shall be con. structed to greet ASTM C-478 Specifications. The above changes are officially adopted this 15th day of April, 1975. S ones, rec or " -L - Dep rtment of Community Development 1 i~ TABLE OF CONTENTS Notice to Bidders Proposal Standard Form of Agreement Performance Bond Payment Bond Construction Schedule General ProvW.ons Minimum Wage Scale Table • Definition of Bid Items e S~ f r f i Poll 11f * ^il Zr 7 NOTICE ro f BIDDERS Sealed bids addressed to of the City of Denton the Honorable of the Director of CO Texas, will Mayor and City mmunity Developm received the Officel andOdrainaoe fm pril 24, 1975 Ament at th in the Citg provements for the constructionioi until read i y of Denton. Thenbidsinney Street Paving n4 the City Council Chambers will be and Bell Avenue April , 1171. T City Cit publicly operred and bids at their regularti~°Uncil will opiciall at contract as soon reme g on May 6 197 y2rev ewmthen er as p ractical, 5' and award the Each bid must be check or acceptable biddercompanied b by a cashier's check to the city of Denton s bond Agyable without ~re our8ed ► Texas, an amou` of the bid submi der willeet a c ted nt not less and a otter into as:.a than five payment bond withontract and guaraantee that the btd~ cation of the fifteen execute performance bond award of the contractlto days after the Each bidder ma him, notifi- E tion ac A y submit a bid for either as ) or concrete phalt reserves the'ri pavement (p tion B ) pavement pavement Option ght to accept a bid or both. The Cit(~p of +emen is t or the concrete for either the the interest he lower total bid pavement option regardless ► and to waive an Y may require,. to 9 t is reserved, as any Informalit reject any and all Maor bid y bids received, fo lows; quantities for oach of the pavement options are as Asphalt Pavement (Option A) Y4, 25U L; Y' 10 1/21' As P Concrete Curb land Gu avement 2,205 S.Y. 6" Concrete Drivewa! tter 31,850 S;y; 4" Concrete Sidewalk Pavement 1,570 L,g , Unclassified ExcavationVement Concrete Storm Sewer (Various Sizes) Concrete Pavement (optiot► B) 44,010 S.Y. 8" Concrete Pavement 12,890 L.F, Integral Concrete Curb I►935 S'Y' 6" Concrete Driveway 1 26,0835 00 S;Y' 4" Concrete Sidewalk Pavement Y. Unclassified Excavationvement 7,570 L,F, Concrete Stora. Sewer (Various Sizes) Plans and specifications may be secured from the Director of Community Development, 215 East McKinney, Denton, Texas, on S deposit of fifty"($50.00)'dollars per set, which sum so de- posited will be refunded, provided the documents are returned to the City within fifteen (15) days after the bids are opened. CITY OF DENTON, TEXAS By hire -o o un ty Development Attest: ty ttorney 7777777 w • PROPOSAL to THE CITY OF DENTGNs TEXAS PAVINGpANDhDFAINAGEuIMPROVEMENTS on BELL AVENUE AND McKINNEY STREET in DENTON, DENTON COUNTY, TEXAS The unoersigned, as bidder, declares that the only person or parties interested in this proposAl as principals are those named herein, that this proposal is made without collusion with any other person, Firm or corporation; that he has care- fully examined the form of contract, Notice to Bidders, spec- ifications and the plans therein referred to, and'has care- fully examined the locations, conditions, rind classes of ma- terials_of the proposed work; and agrees that he will pro- vide all the necessary labor, machinery, tools, apparatus and other items incidental to construetton and will do aft the work and furnish all the materials car ed for in the con- tract and specifications in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following done at unit prices are approximate only, andsAre intended tby principally to serve as a guide in evaluating bids, It is agreed that the quantities of work to be done at u>>it prices and material to be furnished may be increased or dimin- ished as may be considered necessary, in the opinion of tt,e. Engineer, to complete the work fully es planned and contem- plated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer, but not shown on the plans or required by the specifications, in Similarly, they mthe ay beodecreaseditohcoveredeletioniofowork so ordered. P-1 qi 4 yj If j7F77-7F'",1 f 777 It is understood and agreed that in full within the work is 194 working days, to be corApleted Accompanying this proposal is a certified or cashier's the cent Bid Hthe, payable to the Owner, in the amount of five cent of the total bid, check per. It is understood that the bid security accompanying posal shall be returned to the bidder, unless case this acceptance Of the proposal - of the a contract and file a pp + the bidder &jall fail to execute in fifteen days after itsfacceptance,1dinnwhich case the b security shall become the a ayment bondidwith- considered as payment for damagesydue toe Owner, and be s suffered b dela and ,shall - conveniure of theencebidder, It istunde eto„on accountyof aucFhf&iln the right to reject any and all bids, that the Owner reserves The undersigned hereby proposes-and agrees to perform all of whatever nature required in atriet accordance with the plans and specificattions, for the wit: following sum or work prices, ..o P-2 F y !r R i1\!aC II. r PAYING AND DRAINAGE (MOVEMENTS ON BELL AVENUE MCKiNNEYDSTREET ASPHALT PAVEMENT ALTERNATE Item Approx. Description w/Unit Prices Bid No. Written in Words Unit Extension Price r r ♦ r i i r 6 1- i - - - Amount r.rri.r--.r-.irni.i 100 g m Preparing Right-of-Way for Dollars S ro-t aTturr um rice Cents 104-A 31342 Square Yards of Removing Con. Crete Pavement for i Dollars & ~r Square ar , Cents 104-8 81160 Lineal Feet of Removing Con- crete Curb A Gutter for Dollars & Fe_ nea Cents 104-C 3.500 Square Yards of Removing Con- Crete Driveways A Sidewalks for Dollars & ye- r Square ard. Cents P-3 Tom Bid Item A prox. Description w/Unit Prices Unit Extension No. Can. Written in Words Price Amount 104-0 20 For Removing Concretc In- lets for. Dollars Per ac n eTF,~ Cents 110 310850 Cubic Yards of Unclassi- fied Excavation (Density Control) for Dollars & Per Cubic Yard. Cents 260 47,675 Square Yards.of 6-inch Lime Treated Subgrade (Density Control) for Dollars A Cents Per Square ar . . 264 430 Tons of Type A Lime (Subgrade) for Dollars 6 Cents F-er -Ton. 340-A 2,070 Square Yards of 3 1/2-inch Asphalt Pavement (Type G) for Dollars & Cents • er quare Yard, P-4 4 e Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 340-5 43,770 SquarevemenYards ds o fG)-inch Asphalt (Type Dollars 5 Cents Per Square ar . 340-C 42,100 Square Yards of 1 1/2-inch Asphalt Pavement (Type D) for Dollars & Cents Per Square ar . 340-D 200 Tons of Type D Asphalt Patch Material for Dollars 6 Cents er cn, 360 160 rete Pavementfforinch Con- c Dollars 6 Cents Per Square Yard. 421 40 crate (Yards of Retaining Class Wall) for Dollars & Cents er ub c a P-5 - - - y - - - - w - --b - w Bid Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written it, Words Price Amount 464-A 310 Lineal Feet of 19" x 30" Reinforced Concrete Sewer Pipe (Eliptical-Class III) for Dollars & Cents , Per Lineal Foot. 464-B 190 Lineal Feet of 24" x 3£ Reinforced Concrete Sewer Pipe (Eliptical-Class III) for Dollars 6 Cents Per nea oot. 464-C 360 Lineal Feet of 29" x 45" Reinforced Concrete Sewer Pipe (Eliptical-Class 111) for Dollars & Cents Per Lineal Foot. 464-0 285 Lineal Feet of 38" x 60" Reinforced Concrete Sewer Pipe (Eliptical-Class III) for Dollars A Cents eFrT{neal`oT. P-6 Fr L' ! fro ' :aa vC M ^ a v _ uy 'j FT f 7 77777 17 ...................rr..........r...rr-.rrrr-rrr-►.ri-..L- Item Approx. Description w/Un1t Prices Bid No, Quan, Written in Words Unit Extension Price Amount 465-A 730 Lineal Feet of 15-inch Rein. forced Concrete Sewer Pipe (Circular-Class III) for Dollars & er nea Foot, Cents 465-8 915 Lineal Feet of 18-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for Dollars er L nea oot, Cents 465-C 595 Lineal feet of 21-inch Rein. forced Concrete Sewer Pipe (Circular-Class 111) for Doitars & er nee-a - oot" --Cents 465-0 10190 Lineal Feet of 24-inch Rein- forced Concrete Sewer Pie (Circular-Class 111) for" - Dollars b Per nea Foot, Cents 465.E 660 Lineal Feet of 27-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for Dollars 6 Aer n rents ea o~`o`t: P-7 s .k 'r , t. ti 1 ' j of , s~ r p r ~ y ry ~e t~ ~~T~ t .Y ~ x,• . Bid Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 465-F 990 Lineal Feet of 30-inch Rein. forced Concrete Sewer Pipe (Circular-Class 111) for Dollars L Cents Per lineal Foot. 465-G 490 Lineal Feet of 36-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for Dollars 6 Cents Per Lineal Foot. 465-H 340 Lineal Feet of 42-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for Dollars & Cents Per Lineal Foot. 465-I 505 Lineal Feet of 48-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for Dollars L Cents er t nea Foot, 470-A 14 Manholes (4 foot I.D.) with Covers for Dollars 6 Cents er Manhole. P-8 ^ A~ A 1 ni, v. Did Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 470-8 6 Manholes (5 foot I.D.) with Covers for Dollars tt Cents er an o e. 470-C 1 Manhole (6 foot I.D.) with Cover for Dollars b Cents Per n o e. 470-D 2 Junction Boxes (5 foot square inside) with Covers for Dollars & Cents Per Junction ox. 470-E 1 4 foot Curb Inlet for Dollars Cents Per Inlet. 470-F 26 6 foot Curb Inlets for Dollars & Cents Per net. 470-G 12 8 foot Curb Inlets for e Dollars b PIl" Cents er net. P-9 .r ...................................................r........_ Bid Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 470-H 11 10 foot Curb Inlets for DoMrs & cents PIl er net. . 470-I 1 6 foot Curb Inlet (Special Type 1) for Dollars & Cents 3~er n e . 470-J 2 8 foot Curb Inlets (Special Type I) for • Dollars & Cents Per Inlet. 470-K 3 10 foot Curb Inlets (Special) Type'I) for Dollars & 'l er In et. Cents 470-L •1 6 foot Curb Inlet (Special Typ(: II) for Dollars & Cents Per net. P-10 w Wr~ • Item A prox. Description w/Unit Prices Unit Extension No. ~uan. Britten in Words Price Amou6t 470-N 1 Double Grate Inlet including Frame and Grate for Dollars & Per net. Cents 471 49 Inlet Frames with Covers for • Dollars & Cents Per rime an over. 479 20 Adjust existing Manholes for Dollars & Per n o e ustmen . Cents 522 14,250 Lineal Feet of Concrete Curb and Gutter for Dollars & Per lineal Foot. Cents P-11 fk 'rt y'j". r. S Bid • Item Approx. Description w/Unit prices - Unit Extension No. Quan. Written in Words Price Amount 524-A 1,835 Square Yards of 4-inch Con- crete Sidewalk for Dollars 6 Per Square- Ya-rd-" Cents 524-B 21205 Square Yards of 6-inch Rein. forced Concrete Driveway Pave. ment for Dollars 6 Per Square ar . Cents S.P,-1 920 Cubic Yards of Compacted ` Fill, in place, for Dollars 6 Cents ; Per Cubic Yard, S.P.-2 450 Lineal Feet of Saw Cut on existing Concrete Pavement for Dollars k Per Line a Foo Cents . 440 10500 Pounds of Reinforcing Steel, in place, for Dollars & ` Cents Per Pound. - P-12 {R`p,1 Mrt P Item App r•ox. `7_ • ~ scri tion w/Unit Prices Bid - - No, Qua-` Written in Words Unit Extension ----Price Amount S.P.-3 1,800 Lineal Feet of 2-inch Plastic -...Y_Y-----`____--- Conduit for Dollars & er nea Fooot`----- Cents S,P.-4 16 Traffic Signal -Pull Boxes for Dollars & ac Cents S.P.-5 13 Signal Bases, 30-inA,h Diameter x ~Type I) for Dollars & er Cents gna Base. S.P.Y6 1 Signal Bases 36-inch Diameter x 8'611 (Type II)rfor Dollars & Per signa Base, Cents eAz/ TOTAL BID PRICE TOTAL BID PRICE IN WORDS P-13 ~ Nor e PAVING AND DRAINAU MJ)ROVEMENTS ON . BELL ANDENUE McKINNEY STREET CONCRETE PAVEMENT ALTERNATE --------------------------------------------------------------------Bid - Item Approx. Description w/Unit Prices. Unit Extension No. Quan. Written in Words Price Amount - - 100 Lump Preparing Right-of-Way for Sum F; fi'~ouS ~rc~ Dollars & $Dp 60,00 .S-D ,dOo ts / o Cents Total Lump Sum Pace 104-A 3,342 Square Yards of Rtmoving Con- crete Pavement for Dollars & hr~ Cents ~ 78 .594P 7G~ Per Square ar . 104-6 80160 Lineal Feet of Removing Con- crete Curb &'uutter for Mo Dollars & 71wo Cents ?e) er ine Foot. 104-C 3,500 Square Yards of Removing Con- crete Driveways & Sidewalks for &e Dollars & 744eeB Cents Pear Yard. 4 ,•y P-14 "T T 17 -------------•r----------------r---••---r---------- ...n-----r- rrrrrr----- tem Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount r-------------------------------------------------------------- 104-0 20 For Removing Concrete In- lets for 44e hV_V_1e 7 %wu4 D0IIars & Cents Agoo, 0A Per ac nlet. 110 26,000 Cubic Yards of Unclassi- fied Excavation (Density Control) for .1t/ ->.rsa Cents 9y .5'/, 79(0.00 Per Gubic ard. . 260 47,675 Square Yards of 6-inch Lirre Treated Subgrade (Density Control) for .~p Dollars & r9 Cents D.,SQ ~2 ~3y.sD er Square Yard. 264 430 Tons of Type A Lime (Subgrade) for Dollars & ;So. Da b2/, ,5~. DO re Cents ' er on. 340-A 2,070 Square Yards of 3 1/2-inch Asphalt Pavement (Type G) for Dollars & << 8`7..~~ 7d u orZs~ , Cents $er Squat- Yard. f-la r • 'r' - - - - - - - _ - - - - - - - _ Y - Y Y 1 Y Y b b _ Y _ - - - - _ _ _ _ _ _ - ^ + ` . + _ - - + - - b Item Approx. Description w/Unit Prices Bid No.----- Quan.---- Written in Wcrds PriUnitce AExtension - ny- - 340-C 2jO70 Square Yards of 1 1/2-inch Asphalt Pavement (Type D) for c~/!G Dollars & Ye.~Cents erg ware a'Y r . 340-D 200 Tons of Tyke D Asphalt Patch Material for 7&e2",-? _ Dollars & ~ derTon -n Cents 3z ev' G4, UD . 360 44,010 Square Yards of 8-inCh,Con. • crete Pavement for Dollars & Na Cen t's 4 yS. too er quar 421 40 Cubic Yards of Class C Con- crete (Retaining Hall) for 4"e. rvdDollars & Ale Cents I VF%6 DO y4f 00. 40 Per Cu i c a-`Trc 464-A 310 Lineal Feet of 19" x 30" Reinforced Concrete Sewer Pope (Eliptical-Class 111) Dollar's & z4f, 99 7744e. 9'O Leyy ~'!/N G Cents per ineal'Foot, : P-16 Itcm Approx. Description w/Unit Prices Unit ExteBid nsion No. Quan, Written in Words ion Price Amount 464.6 190 Lineal Feet of 24" x 38" Reinforced Concrete Sevier Pipe (Eliptical-Class III) for Dollars 6 -1.4^ce Cents •'~~4,3 X "ov7/. 70 er TT n a Foot. • 464 360 Lineal feet of 29" x 45" Reinforced Concrete Sewer fore (Eliptical-Class III) ;?74trf_T,_S,tveoi Dollars b '`~lir~e Cents 3733 /343. J0O • er ne oo 464-D 285 Lineal feet of 38" x 6011 Reinforced Concrete Sewer Pipe (Eliptical-Clan; 111) for L tp}ti _:G _ Dollars 6 ..~_yve Cents 53,5.9' /.rZG/.Y'r er Lirfea Fr»t, 465-A 730 Lineal Feet of 15-inch Rein- forced Concrete Sevier Pipe (Circular-Class III) for t Dollars b /L, ofd Cents der Line~Foot. -`r P-17 r;a - Item Approx. Description W/Unit Prices Bid- No. Quan. Written in Words Unit Extension Price Rmclint 465-9 915 Lineal Feet of 18-inch Rein- - - forced Concrete Sewer Pipe (Circular-Class III) for Dollars 6 ~°r/ ;00% et Cents e n a oat. 465-C 595 lineal Feet of 21-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for Dollars & L ~L tnea V Foot; 2'0 a Cents ~7 z3 /02S/. B rer • 465-D 1 190 Lineal Feet_ l)f 24-inch Rein. forced Concrete Sewer Pipe (Circular-Class 111) for . 107 _ Dollars & J8 72sy~.2 er nea eiQ~ Cents oot. 465-E 660 Lineal Feet of 27-inch Rein forced Concrete Sewer Pipe (Circular-Class 111) for Doi lays b fn' ~e 40t a o Yle_.__ Cents 465-F 990 Lineal Feet of 30-inch Rein. forced. Concrete Sewer Pine (Circular-Class 111) for ltn 11ce. Dollars d. t3. D~ zzd'09, 6 cents er ncal Fool, • Item Approx. Description w/Unit Prices- Bid -No, Quan, Written in Words Unit Extension Price Amount 465-G 490 lineal Feet of 36-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for Dollars b f ti 7~ve. Cents e9, rr /¢¢?9.J"o Per near root, 465-k 340 Lineal Feet of 42-inch Rein- forced concrete Sewer Pipe (Circular-Class III) for Do l l a rs & Cents 3G. ZL /2328,4x© er %n ~ oot. 465-I 505 Lineal Feet of 48-inch Rein. forced Concrete Sewer Pipe (Circular-Class 111) for • 1 1' Dol tars & ¢Sf~/ Di7G . Cents ' er !Fot. o470-A 14 Manholes (4 foot I.D.) With Covers for .cvCn h4Mt~l -/w/ /1711(Dollars & Cents 7z•' oD io~,sa,oo P I,an-ho e _ 470-8 6 Manholes (5 foot I.D, With Covers for ) AnG h,,. cd - -At Dollars & . 0 9,s"4p.047 ,3'7'DD, 0 Cents der F9an pole: P-19 Item Approx. Description w/Unit Prices Bid - No. Quail, Written in Words Unit Extension Price Amount 470-C 1 Mai,hole (6 foot I,D,) with Cover for Dollars & Cents /ZGO,po ~ZDD,too er Flan o e, 470-D 2 Junction Boxes (5 foot square inside) with Covers for Xe)e /1,w&jjt4Z &ACDo l T a rs & Pe r Junct Cents ~7S 00 /..5r0, 00 o nfo x, 470-E 1 4 foot Curb Inlet for t jour ~1L Dollars & _ Cents 830.00 yt,So. on er net. , , 470-F 26 6 foot Curb Inlets for SAX A~1~ Dollars & 0 Cents Per 12 8 foot Curb Inlets for LI/ Stvrn ~crrld ollars & y75', Per DO y'3oa d n;"'--- Cents 470-11, it 10 foot Curb Inlets for Dollars & Fer ~ ril cip Cents P-20 • - - - r r r r.. r r r r r r - r - - - - - - r r - r r - - r - r - - - r - - - - - r r r r - - - - - - - - - - - - - • Bid Item Approx. Description ten inDWordsrices Price EAmounton No. Qua-. r--r-- -rrr-rrrrrrrrrrrr-rrrrrrr-rrrrrrr rrrrrr-rrrrrr-r ..-rrrrr-r-..----r.r 470.1 1 6 foot Curb Inlet (Special Type I) for se' 6A►Pea/I n~~ollars even si 7zs,o0 7zSOO Cents er net. 470-J 2 8 foot Curb Inlets (Special Type I) for Dollars 6 L Cents Fir Inlet. 470-K 3 10 foot Curb Inlets (Special • Type I) for Dollars b q~~.00 2~.5d. 00 Cents Per Inlet, 470-L 1 6 foot Curb Inlet (Special Type 11) for we-Dollars G y%S. 00 7'75. 0.0 Cents Per - et. 470-N 1 Double Grate Inlet including Frame and Grate for Sid hu•+sw Dollars X75, 4o G 7S, 0 /lo Cents Pe~ rTfii et. P-21 ® Did Item Approx. Description w/Unit Prices Unit Extension No. Writteq in Words Price Ar-tunt 47; 49 Inlet Frames with Covers for _ Dollars 8 Cents 00 04$406490 er net. 474 20 Adjust existing Manholes for h4,7Qlrtt,- Dollars & ACents /010.00 lOo0.Oo Per Manhole Adjustment. 522 10360 Lineal Feet of Concrete Curb and Gutter for r~P Dollars & ` oot Cents Per ne f Foot 524-A 11835 Square Yards. of 4-inch Con- crete Sidewalk for -Sru r~ Dollars & 77/ S/"J•d~r o Cents er Square Yard. 524-b 1,250 Square Yards of 6-inch Rein- forced Concrete Driveway Pave- ment for Dollars p_ Cents Per a_;a_Yai d, P-2 2 Bid ® Item Approx. Description w/Unit Prices Unit Ute nsion No. Quan. Written in Words Price Amount S.P.-1 1,865 Cubic Yards of Compacted Fill, in place, for 14A Dollars & 3~- G J',Z . 7,r"` • T v Cents G ~ Perar3: ` S.P.-2 450 lineal Feet of Saw Cut on ex- isting Concrete Pavement for G Pollars & Cents Per nea Food. 440 31,510 Pounds of Reinforcing Steel, fv place, for v. A/o Dollars & • one Cents • er Poun . 520 12,890 Lineal Feet of Integral Con- crete Curb for Dollars & Ve~T- Cents er 7nea Ft1ot, S.P.-3 19900 Lineal Feet of 2=inch Plastic Conduit for Dollars & Cents er ne^a aot, P-23 • Item Approx. No. Description w/Unit Prices Quan• Unit Bid Written in Words Extension - Price Amount S.P.-4 i6 Traffic signal Puli Boxes for &X4e Dollars & ra-c-~- Cents 44.00 P46, cc S-P--5 13 Signal Bases, 30-inch Diameter x 8'0" (Type I) for %wo Sian ! 1 /A 0 11ars d. 2r8, 00 .2964, oa er Pa -se-. Cents S.P.-6 1 :Signal Base, 36-inch Diameter x 80611 (type 11) for • ~ikJO /f'IJI7t`J~~C~ Ti T ~ Dollars lI Cents DD 2.52, DO gna Base"~~ TOTAL BID PRICE TOTA3. BID PRICE IN WORDS P-24 J Y In the event of the award of a contract to the undersigned, the undorsigned will furnish a performance bona and a pey- mLlnt bond for the full amount of the contract, to secure proper compliance with the terms'and provisions of the con- tract, to insure and guarantee the work until final comple- tion and acceptance, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulf.llment of the contract. It is understood that the work proposed to be done shill he accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices are shown in words and figures for each item listed in this proposal, and in the event of a dis- erepancy,"it is understood that the words shall control. J. C. BERTRAM CONSTRUCTION & ENGINEERING, INC. (Contractor) By , it e got) ~GrJ2 U/C.t Seal & Authorization Street Address)' (if a Corporation) ~or>-d (City an tate~ s (Telephone Num er t'-25 STANDARD FORM OF AGREEMENT STATE OF 'TEXAS COUNTY OF DENTON X THIS AGREEMENT, made and entered into this 20th day of May, A.D. 19151 by and between the City of Denton of the County of Denton and State of Texas, acting through its Mayor, Tom D. Jester, thereunto duly authorized so to do, Party of the First Part, here ina£ter trsrmed OWNER, and J. L. Bertram Construction and Engineering, Inc. of the City of Fort ??orth, County, of Tarrant and State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETil: That for and in consideration of the payments and agreements' hereinafter mentioned, to be made ;and performed by the Party of the First Part (OWNER),, and under the conditions expressed in bond bearin evet. '.:te`herewith,' the said Party of the Second Part (CONTRACTOR) he'eby agrees with the said Party of the First Part (OWNER) to commence and complete the construction'of certain improvements described as follows: For the construction of paving and drainage improvements on McKinney Street between Carroll Boulevard and Sell Street and for the con- struction of paving and drainage improvetnents'on Bell'Street between McKinney Street and Dallas Drive, and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and otter accessories and services necessary to com- plate the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by .the City Engineer, City of Denton, Texas, herein entitled the ENGINEER, each of which,has been identified by the CONTRACTOR and the ENGINEER, together with the CONTRAC'TOR'S written Proposal, the General Conditions all of whichmare,maand de ahpartrhereofcandnc llectivelyttevidenceoand tcon- stitute the entire contract. -2- The CONTRACTOR hereby agrees to continence work within fifteen (15) days after the date written notice to do so shall have been given to him, and to substantially complete the same within 180 working days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have exe- cuted this Agreement in the year and day first above written. ~5 J• L. Bertram Const. Engr., Inc. (OWNER) rst art aar ty o t e eco art (CONT R) By: By: i.. ertram, Presidentr~ Attest: Attest: ,F MTM -'77- 77,11- No. t8-otzo-X84-y5 } PERFORMANCE BOND 1 Y STATE OF TEXAS COUNTY OF TaXtAnt X KNOW ALL MEN BY THESE PRESENTS: That J. L. Bertram Const. & Enar,, Inc, of the City of Fort.Worth County of Tarrant and State of Texas as principal, and 19nited States Fidelit g Guarant Com an authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CIty of Denton Texas (Owner), in the penal sum of Eig t unred t irty nine thousand $i$ollarsr($839,ftyy 8'+zoW forethe and twent six cents payment whereof, the said Principal and Surety bind themaelvec, and r their heirs, administrators, executors, successors and assigns, Joint- these 'presents: , ly and severally, by WHEREAS, the Principal has, entered into a certain written contract 75`, with the owner, dated the 15 day of 19 Y to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, VEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said ctsndulalandafaithfullyloyy bservepandsperformtalltanddsingularn all reap Y the covenants, conditions anc' agreements in and by said contract agree ac- and cove too n`he truehintentc.andlmeto be aningoofesaid ContractoanddthenPlans cording and Specifications then this shall be voi ; 0 otherwise , ;f -2- PROVIDED, HOWEVER, that this bond is executed pursuant to the pro- visions of Article 5160 of the Revised Civil Statutes of Texas as a- mended b the acts of the 56th Leggislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder or the plans, specifications, or drawings accompanying the same, shall in anywiso affect its obligation on this bond, and it does hereby waive notice of any such change, ex- tension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder, IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day 'of _ May 19~a. J L Bertram Const. b En r., Ina._ r no pe sure My By S Title;__Pres dent Ti e; Ja1Defil1sa-Fsct r ~ Addreasslop B ue SgjoSce Address: Fort Worth• Tg~~ ~ l0~ - A•~1+1,g~,ey w•t~.na s~zn2 The name and address of the Resident Agent of Surety iss Aarl+ar InsuriMS alai •e.rs -yy laelrly t ryl.r/-BuflAl**~r! lkL" Taus 16102 1 PAYMENT BOND STATE OF TEXAS X X COUNTY OF Tarrant X KNOW ALL MEN BY THESE PRESENTS: That _ J. L. Bertram Const. Enar., Inc. of the City of Fort Worth , County of Tarrant and State of Texas as principal, and United States Fidelity S Guaranty_Comoariyi f° authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the City of Denton Texas (Owner), in the penal 'sum of Elg- - ht hundred thirty nine thousand elght hundred for42 tw dollard an -twenty six cents Dollars 839,8 .26 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, joint- ly and severally, by'these presents: WHEREAS, the Principal has. entered into a certain written contract with the Owner, dated the 15 day of May 1975, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, 'rHE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and inater- ial to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the pro- visions of Article 5160 of the Revised Civil Statutes of Texas as 4. y` .2- amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the progth hevisionsrein in, said Article to the same extent as if it were copied at len Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, drawl,zgseaccompanyingmthetsameunshallointanywisesaffe on this bond, and it does .hereby waive notice of any such ichange, ex- tension of time, alternation or addition to the termscofitheocontract, or to the work to be performed thereunder, IN WITNSS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 1c day of May 19) J L' Bertram Const,& En r~ r nc pa urety Y J By` BY: Title: President Ju11e Deslldta Ti ; Address:300 Blue Smoke Ct. W. Address: Jpp L1aht S reed Fort Worth, Texas 76105' - p1lNaoore. Maryland 21202 The name and address of the Resident Agent.of Surety is: --.~tbor (nsurane. •~4lt~AQCv a I . MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT [ t i KNOW ALL MEN BY THESE PRESENTS, That J. L, Bertram Construction F, Engineering, Inc, hereinafter called Contractor, as Principal, and United States Fidelity and Guaranty Company a Corporation organized under the laws of the State of Maryland do hereby acknowledge themselves to i be held and bound to pay unto the City of Denton, Texas f . the sum of Eighty-Three `~t+4usand Nine Hundred EE ht -Fou`r and 2 /100------- ars, lawful money of the United States, for the payment of which sum. well and truly i to be made unto said Ciiy of Denton and its successors, e said Contractor and Surety dog hereby n t emse ves, t e pp heirs, executors, administrators, assigns and successors, jointly and severally. THE condition of this obligation is such, that whereas J. L. Bertram Construction En ineerin Inc. , entered into a contract wit ty o enton, Texas being further described as a contract for 1 the construction of paving and drainage improvements on Bell Avenue and McKinney Street which said contract, plans and specifications are by reference thereto made a part hereof as though set out in full herein; and if the Principal will maintain and keep in good repair the work herein contracted to be done and performed for a.period of One (1) year from the date of acceptance, and do all necessary back- filling that may arise on account of sunken conditions in ditches, or otherwise, and do and perform all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Contractor, in laying or building the same, or on account of any defect arising in any of said work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose'of the section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by the said Contractor; and in case the said Contractor shall fail to do so, it is agreed that the Obligee may do said work and supply such materials, and charge the same against the said Contractor and Sureties on this obligation, and the • said Contractor and Sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its art to comply with the terms of the said provisions of said contract; then 41s obligation shall be void; otherwise to remain in full force and effect. 'r, - 4'n r, yib rw~A~ 9 1 .~v a ~ e n~(bff PROVIDED, further, that if any legal action be fIled'on thifi bond, venue shall lie in Tarrant County. AND, that said Surety-, for value received, tcreby stipulates and agrees t that no change, extension of time, alteration or addition to the tetras of the contract, or to the work performed thereunder, or the Plans, Specir;'ications, l Drawings, etc., accompanying the same shalt in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the to mrs of the Contract, or to the work to be performed thereunder. i AND, that raid Surety shall not be liable under this bond to the Obligees, or either of them unless said Obligees, or either %,f them, shall make payments i to the Principal sirictly in accordance with the terms of said contract as to payment and sl+all perform all the other obligations to be performed under said contract at the time and in the manner therein set forth. r` THE Undersigned and design.3ted Agent is hereby designated by the Surety herein as the Agent resident in either Tarrant or Dallas County to'whom any requisit9 notices may be delivered and on whom service of process may be had in matters arising out. of such surety-ship, IN WITNESS WHEREOF, this instrument is executed in five~_,~ copies, i each one of which shall be deemed an original, .hi 'die 1 try day of May A.O. , 19 , ~k • PRINCIPAL: J. L. Bertram Constr i ¢-Engineertna, Inc. g BY. ! SURETY: r Un ted States Fide it and Guarani Company C Q Jule Desilets Attorney-in-Fact I A a iY~ Z1' y tie" t ,(r 1 77 '737 77 t T~Nm 7 -,T 77-r p 0 ~ err .;v' CER71FIF) COPY GENERAL POWER OF ATTOMEY No............. H2937,..,...... $110110 MU Alen Sy theme Presentaf That UNITED STATES FII)MIIS' ANI) eUARANTY l(IhIPA''Y, a ca'riwrafiun organix-d and existing inder the tars of the State of Maryland, and hadng i+a principal offs a at the laity of Bahifmfre, in the State of Maryland, flocs hereby constitute and appoint Julie Desilet s of the City of f'br l WnI t It ' its true and lawful at torne in an, `tats Tu%ae y i far the State o1 T'e%sy , fit the following purposes, to wit; To slin its name as surrty af, and to etecwt, seal and acknowledge any and all bonds, and to respNtlvrl+ do an4"Wr(orra any and all acts and things art forth In the reaolufic•n of l1w Based of Direefnrs of the said UNITEn STATES'F` hELtTY AND GUARANTY COMPANY, a certified copy of whirh is h, reto annexed and made a part of this Power of Attorneys Slid the sold UNITED STATES FIDELITY AND GUARANTY Co';PANY, through us, its Board of Dircci„n, hereby ratifica and cnnfirn, all and yrhRtsoeyer the sold Julie Deriflete guhiafailydo In the prlmrpeS by of aeala. , ,sol virtue of these e yreSTATES FIDELITY fn IFIMd p Xherop , tha AND GUARANTY COMPANY has caused this 1nMeitnent to be beg NA `iM ill toWilF1+tj S "t \tesled by the elgnelures of its Vice-President and Assiataot Sectttfry, this 14th day of 1f, ' lY v~ , t, . , , A: D: 1972 i t , rfUlit l~f, • { 1111 UNI'T'ED STATES FIDELITY AND GUARANTY COMPANY, $ (Sighed) ar:....,•.,,,.. lt;.'M(;¢h~# r • : " . t YicePrnfdrni t' T, r7 I (Sign e~) Gh~rlrn pl Mt711n6M.it......,., STATE OF MARYLAND, Assistant Seefetary. BALTIMORE CI•fY, 'fr11(rv. Op tlfs,f>r, R d►y .ol, . l x141y . A {yrt197a Isfore PIA ' .Q• FltrRhgh , Ylee•Preoldent of the UNITED STATF..5 'FIDEL4 Y A "Gaul cacti COFIPAN.Y, and , Char lee ,0. Mu l 1 tenni to , Ase[slant Srer, , cI aald ~ ARAN Y stbtagi,t ~at'perepfold n.gally 1e uai I 1nt`d, who bet g b me xera 1 du w play, with both of g g by r y .duly a orn, old tha they fsat, l6eyf.the, . AikCll Ah . , ' ` ' and recede In tlkgClti of 8alumore, Maryland. t Cher1, 4i I(I nn x weir respects eji tlse ~Ice.Presidra~ and the Aularant Secrciary 111 the ,said' I~MrEii 5TA7E5 ar t%11 AND' of poluioa descrl{>a~ In and,whych eircuted the'forego(ng Power of Auerneyi'ttiai jIley each inew the seas of ail! ebtf~tatfo~a; that the peal gaited tq sid Power of Attorney list such corporal! deal, that it was so fixed by order of't}t std of Directors of gild corporal. tins and that they. sigoai their names thereto by hate order its %'lee Vieddent and Assistant Secretary, revpcrtlvely, of the (nrnfany, My commission expires the first day in NY,! A. D. i9, 1 (SUL) ~..x (Signed} , la r~rtt,'M.t..l.At.t1.~.:...... TAf E OF MARYLAND Notary Pabtie. BALTIMORE CITY, Set. H. Buust Cle the Court it keeord, altd ha) i seal, do hereby ekrd that ' 1lA r r i e t t rH at l.! t t l r! Court of Bahimorr City; lrhleh Court is a t.btam'the SnneteW sfBdatrlU ward mSde, and who has t1wrelo subacrlbrd his same, was at the time of to doing s Notary Public "Ithe Stud `of Mayland, In and for the City of Bakimnte, duly ounoatuigaed and sworn and authorised by law (o admiaf84et,0oths and take 40 actaoiledtlmtAta, 'or prof of deeds to be reorded therein. I further outify that 1 am acquainted wkh the bandwritir4 of,ilte said Notary, and eerily believe the signature to be his genuine signature. of Record, eisl~ l I/horeo/, 1 hereto set any hand and a&t the seal of t&- Superior Court of Baltimore City, the same being a (:outs 4th day of } ( July I • A. D. 19 n (SEAL) ISigned) Robert N. House p!' fa vi Clerk of the Superior Court of Baltimore City ( rv L y o~ ; 7 y. t, ry' s t r ;51 r„ C t t. t N~ i J^~~1 WCn4 t , sf~;, !t 'J~~+1 It ig' 7 tAf copy Off )O `pSLLkI ION TAef Iraereas,,is is eecadry for the, t♦ted ual transaction of busicirm that this Company appoiq Wets ,ltd attorneys wick power and authority 1o act for it sad in Its mate In States other than Maryland, and in the Territories of the United Stara and In 11119 Provinces of the DomieWn of C/aada and in the Coh,ey of Newfoundland irhti it/ore, be h'Resolred, that this Company do, and it hereby does, itrikrire'aid empowet its President or either of Its Yee- Presidents in 'ronjunetion with Its Staetary or one of Ito Assistant Secretaries, under it$ corporate scat; to appoint Jay person ur persons as attorney or sttorneys in fact, or ageut or agents of said Company, in its name and as its act, to eacrute and deliver any and all con- tracts guAronteeiog the fidelitr of persons holding positions of public or private trust, guaranteeing the performances of contra.-Is other than lr+'inee policies and raecuting or guaranteeing bonds and undertsMngs, required or petmitted in A actions or proceolinge, or by law Ulowcd, and Also, in its name. and as its attorney or nitornrjs'in-fact, or agent or agents to execute end gustantee the cond'rtir•ns of any and all bonds, reeogaitae"s, obligations, otipulation% undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United ;'tales or of the t,vyinces of the itic,minlou of Canada or of the Colony of Nrwfoundland, or by the rules, regulations, order,, custom., prac ice or discretion of any heard, body, organization, office or officer, local, munidpal or othrrwir, be allowed, required or permitted to be evecuted, made, lakes given, tendered, accepted, filed or recorded for the security or protection of, by or for any perwrt or persons, corporation, body, office, interest, tnnnicbpality or other association or organization whatsoever, In anI .tad all capacidce whatsoever, conditioned for the doing: or not doing of aaylMag or any conditions which may be'provided for in any such bond, recognizance, obli`sdon, stipulation, or undertaking, or aayshing lts Ilse nature of either of same fP Davl,o H. Engler, an Assistant *retery of lei PNiTP ~TATE$ f1DKITY AND GUARANTY COMPANY, do herchy unify that The fotigoing is s,lall, true and correct copy q.~lhe ori`ltt~l power of stlorsty given by said Company to t Julie Dlailet+ U orA elrt;,•, Worths Texas s anthorfdng and empowering h .to`sig~ hdntb'uiherrin x11 h power of attorney bas never been revoked and to still in fall force and effect, And l do farther certify that mid Power of AIy,E~ye? NO gtvea itt iyrwsnce of a reWlation alb Men u,a regulu oaeeung of the !loud of f o the Company Is the CU bf Ahvtttnore, on the 11th day o .aas ort of said Company, duty rated and 'irld July, 110,, t 1 atthe office ~ ~ trhlch ttxeting a quororn of the Board 61` Directors was present, and that the foregoing Is a true and correct copy of said i' resolution, sod the whole thereof is recorded In the roinates of said moving: 1. 1 fns rate 9i y treor, 1' vs: hereunto set my land and the seat of the UNITED STATES FIDELITY AND riUARANTY t t r t CoMpANy bh l ay 1 >I (bate) ".lees , I , 1 , 1 S C.' i t ! 1, I {rrt and Se$crary. s ~~Y CONSTRUCTION SCHEDULE The Contractor shall proceed with construction following, the given schedule for street closings. Any substantial devia- tion from this construction schedule must be approved, in writing, by the City Engineer. The following construction schedule is expressly made a part of this contract for pav- ing and drainage improvements: Priority One (a) McKinney Street beginning at the center line of Lo- cust Street and proceeding east to the west line of Ball Av- enue. (b) The intersection of Bell Avenue and Prairie Street along with street paving both north and south of the inter- section for approximately 200 feet each way. (C) Reconstruction of the pavement median on Carroll Bou- levard north of McKinney Street. Priority Two (a) Bell Avenue between McKinney Street and Dallas Drive excluding the intersection of Hickory Street and Bell Avenue. Pavement on Dallas Drive at the railroad underpass must be constructed one-half at a time while maintaining thru traf- fic on the other portion. (b) Intersection revisions on Pearl Street west of Carroll Boulevard. Priority Three (a) Intersection of Hickory Street and Bell Avenue. (b) McKinney Street from Carroll Boulevard to the center line of Elm Street. Priority Four (a) McKinney Street from the center line of Elm Street to the center line of Locust Street. (b) Intersection of Locust Street and Eagle Drive. oil 1~ i ±7 I The construction schedule.is designed to allow the Contrac- ® for to progressively move forward with his work while Mini- mizing the inconvenience to local traffic. The Contractor will not be delayed if he is capable of progressing at a rapid pace. However, several key intersections must be care- fully scheduled to allow traffic to cross the railroad tracks which parallel the project. CS-2 rn 4 )4K sy'S GENERAL PROVISIONS SPECIFICATIONS This project shall be constructed by utilizing the Texas Highway Department 1972 Standard S eciffcations for Construc- tion o i hg wavs, Streets and Sri es, ny permiss a e- via t on rom those speci scat ons will be noted in the sec- tion on General Provisions. Where the Highway Department specifications make reference to the "State," this project shall be interpreted to refer to the City of Denton, Texas. Likewise, the terms "Commission" and "Department" shall re- fer to the Department of Community Development for the City of Denton, Any reference to the term "Engineer" shall apply to the City EnT-ir,.aer for the City of Denton, Texas. The Engineer, jr hr representative, is authorized to act for the City of Denton on all matters concerning the construction procedurus, specifications, or activities while the work is in:progress. 40ther definitions shall,be as noted in the 1972 Stan!ar_ d Specification book. LOCATION OF PROJECT This prof ect'is totally located within the city limits of the City of Denton, Texas. A map showing the general location of the project is included in the plans. SCOPE OF WORK The work to be performed under this contract consists of fur- tsishing all materials, labor, supervision,' tools and equip- ment necessary for the construction of paving and drainage in4; ovements on McKinney Street and on Bell Avenue within the limits shown on the plans. PLANS AND SPECIFICATIONS Plans and specifications may be obtained at the office of the Director of Community Development, Denton City Hall, upon de- posit of fifty ($50.00) dollars. The entire deposit will be returned to the plan holder if the plans and specifications are returned to the City, in good condition, within fifteen (15) days following the official opening of bids. If the pro- metive bidder does not properly return the plans and speci- fications, the deposit sum of fifty ($50,00) dollars shall become the property of the City of Denton, Texas. ~ -V ~ ~ 4 I', lW 1 4 f •.H 4 EXAMINATION OF SITE PROJECT • Prospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encoun- tered,improvements to be protected, disposdl sites for sur- plus materials not designated to be salvaged materials, and as to the method of providing ingress and egress to private properties, and methods of handling traffic during construc- tion of the entire project. COMPETENCY OF BIDDERS The State requirements for contractor pre-qualification prior to the bidding date shall be waived. However, the City re- serves the right to thoroughly investigate the financial re- sources and the experience of all bidders prior to award of the contract, QUALIFICATION OF LOW BIDDER Before being awarded a contract, the low bidder shall submit such evidenco is the Engines:r may require to establish his financial responsibility, experience and possession'tif such eqquipment as may be needed to prosecute the work in as expe- . ditious, safe and satisfactory manner. Should the low bidder fail to produce evidence satisfactory ,to the EnIjineer on any of the foregoing'points, he may be disqualif.ed and the work awarded to the next low bidder so qualifying. AWARD OF THE CONTRACT The City of Denton, acting through the City Manager and as authorized by the City Council, will notify the successful bidder, in writing, within thirty (30) days after the date of receiving bids, of its acceptance of his proposal. The Contractor shall complete the execution of the required bonds and contract within fifteen (15) days of such notice, PERFORMANCE AND PAYMENT BONDS The Contractor shall execute separate performance and payment bonds in the sum of one hundred (100) percent of the total contract price, These bonds shall be executed on standard forms for this purpose which will guarantee the faithful per- formance of the work and further guarantee the payment to all persons supplying labor and materials or furnishing any equip- ment used in the execution of the contract. The contract I CP-2 n 7, r rt. y I. F, performance and payment shall not be i effect roved by the City Attorney' bonds are furnished and a app MAINTEt;ANCE BOND Denton, Texas a cost surety The Contractor shall file with the n Y of of the total approved et gold and amount ecveit to atene(10)epbO dorkmanship and materials in an amounC garanteeing that the 'workmanship ed in all part and of such project, Bu specifications and used s furnished under these ects first clas from the said improvements are in all eriod of one (1) year kind and quality that for a p the said City of lance thereof by airs, the nec- completion and finaVe accelshall require no rep Denton, the said pg defects in said work- duxinthe s said aid 'p period, in essity for which ialalll£e howeVer,ed by avemert , manshipp or mate_ fl and City Council the the opinion of the mayor ti;ire repairs and the necessity or Co,crete Structure, shall tt~eGr opinion, be occasioied oy mate~ for, ,such repairs , shall, defective wOrkuians theereof or tr settlement of foundation, this'Contractor, rials furnished in the constructbuiltfbyart th at 1% all dur- any of the accessoriesdueenotice being given shall prompt_ then such repairs, to ke Contractor, ing said period, by the City, manner: be mad by the Contractor in the fo ly llowing during the peri- served at any time expense • Upon notice from the City, inferior or defective guarantee* the Contractor shall at his own - od of said g out, soft,' curb and gut take out and remove eitherothe pavement, headers, other part materials found bridges, storm drain or any table manhole, inlets,. and,ood acany ave- ter, ement or accessories thereto, ins uditg pp of the pav rt or has sett led materials terialsethatshavetein iijuredp proximity take up meet or ma reason of its s b b g out of place by reason material, the Contractor steal utter, lace all pavement, curb and g such soft or imp and relay or reset or rep lace, become uneven or d eeeC- rive ifafound totbeeso during the term of said g airs as are deemed Should the Contractor fail to make he repairs If shall sa be riven :such id Con- necessary, written r,ucice to make j the the rep sa of ten sh for ~ period rovided, by the City to , t u tractor or Surety airs as s herein p (10) days t o make such necessary eight ewith or without fusamerto then the City shall have the the airs or cause then and to notice, to proceed to make such rep be done either by contract o ahraherwise at is pay for the cost of such rep aid by the said Contractor made ¢1Noticeeof the ,1,ount If such cost of repairs so or Surety upon receipt GP-3 77. -7 7 thereof, the said City shall have the right of action on the Maintenance Bond; or in case the said repairs shall not ac- tually be made by the City after such failure on the ppart of the Contractor or Surety, thetCity to cosshall have thepaigsta to ascertain and determine that maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, riupon sdiction, and the amounSuretyt so mined shall be conclusive any action upon said bond. TIME ALLOTTED FOR COMPLETION The time allotted for the completion of all items of work shall be 180 working days, which time shall begin on or be- fore the fifteenth (15th) day after the issuance of the Work Order. The Work Order shall consist of a written request by nottbetallowedttoc the, Engineer for the CTherCoon proieed „ion of the pro3ect. prosecute the work on Sundays without written, permission by the owner. LI UIDATED DAN,AGES FOR DELAY: The Contractor agrees that time is the essence of this con- tract and that for each day of delay, beyond the number of working days or completion date herein agreed upon for the completion of any portior. of the work hereinspecified frond contracted for, the OWNER may withhold, permanently, the Contractor's Lotal compensation, a sum for liquidated damages for such delay. The amount of damages shall be com- puted from the table as specified in Section 8.6 of the THD Standard Specifications. TESTING OF MATERIALS The Contractor shall furnish all materials for tests which will be done by the Owner. Tests will. be made by the Owner at no expense to the Contrac- tor, except that in the event a test indicates that the mate- cost m of t that test8pecifications, the neear the the requirements rial Contractor shall b STATE SALES TAX This contract is issued by an organization which qualifies UsefTaxtAclt. 20.04 (F) • for exemption Sales, Exciseprovisions Limitedpursuant of the GP-4 urchase, rent or ent used or consumed in The Contractor performing tr-esis, equipmcontract may P his liar an lease all ~r.ateriais, suppli i qq Lion cer- nclieuaof thetaxinsad e ruling #95 0 the performance ii ptroller exemption certificate tificate complying with State ComtheConeactorin Any such exemption certificateCfstoe~heyprovisions of the lieu of the tax shall be subject s amended to be effec- State Comptrollrts ulin 095-0.09 a tive October 2,-1968. WAG____ _ iLkES er forme d on the work to be performed All employees of the Contractor d less than the prevail- ai under this contract shall not be p 4 wage scaly in this locality for work of pecifiedrin the aAter, and ±h no event less than the rates sp Minimum Wage Scale. COGRDINATION WITH UTHERS erfoxu:.ln8 work in the In the event other curly w thsthis project, the Contractor used construction with that of the same area simultaneously p shall coordinate his other contractors. • PUBLIC UTILITIES prior to started; however, utility formance relocated of this con- it is anticipated eh contracttbeing will the work n be done during the per relocations may ht is reserved to the p ne o ffor limits of the tract in which case the rig airs of their prop- the utilf.tfemakto enter ing such change s ore performance repairs of ei thin the purpose o f this erty that ma be responsible €o be made necessary by t provided for else- contract. The Contractor will no ptasP eating ell or adjusting where. sur- F,Y,ISTING STRUCK onsibility and sub locations The plans show the However thcf all assumesrno reson the face rue to show any or all of these struct it is mu- far failure to plans, or to.show them in their exact locat oco 11 agreed that such failnco pens tionefor extra tua Y quantities in any manner ficent basis for claims the r additional ore encountered eyed is s such as requires Co n - work or for increasing the soever, unless the obC~e ruction cessitate changes in G?-5 } sa ,1 T 4 1 r 77"1 1 8 building of special work, provisions for which are not trade in the lens and proposal, in which cage the rovisions in these specifications for extra work shall apply, The Contractor shall be responsible for the protection of all existiti utilities or service lines crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or bet- ter, at his own cost and expense, with the exception of those items included in the Lid schedule. Water meters shall be adjusted by the municipal utility com- pany. The Contractor shall adjust existing manholes to grade as a separate bid item. The adjustment of utility valves shall be performed by the Contractor as an incidental item to the general contract. POLES, SIGNS. GUY WIRES. ETC. All utility poles and guy wires, private sign posts, siggns and similar private obstructions whirl interfere with the construction of this project will be' eemoved and replaced by`the owners thereof, without cost to the Contractor, • The City will remove and relocate all traffic and street name signs without cast to the Contractor. Adequate notice shall be ggiven prior to the Contractor's crews actually, working within an area so that all signs maybe properly removed, The Contractor shall be responsible for the full replacement cost of any sign which is accidently or intentionally damaged during the construction phase of the project, BARRICADES, LIGHTS, DETOUR ROUTES AND SIGNS The Contractor shall be fully responsible for erecting and maintaining all barricades and construction signs as speci- fied in the plans. The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, flashers, signals and signs, and shall provide such other precautionary measures for the protection of persons and property as are necessary. The Contractor shell provide flagmen as necessary, when working on Dallas Drive near th. raiiroad underpass, Safety to the working forces and th3 general public shall be of uppermost consideration in scheduling all construction activities. All signs and barricades shall be constructed and erected to conform to standards as established in the 1971 edition of the Manual on Uniform Traffic Control Devices, From sunset GP-6 r to sunrise, the Contractor shall furnish and maintain at least • one battery type flasher at each barricade and a sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchruen in sufficient numbers to protect the work. The Contractor will be held responsible for all damages to the work due to failure of the barricades, signs, lights and watchmen to adequately protect the work area. The Contrac- tor's responsibility for the protection of the work shall not cease until the project has been accepted by the City. If, in the opinion of the Enggineer, the barricades and signs installed by the Contractor do not properly protect the work area, the Contractor shall immediately cease all other work activities and correct the deficiency in proper barricading. CONNECTION OF ROOF DRAINS All existingg roof drains which are extended through the curb section shall be reconstructed to match the proposed curbing. This work shall be considered as incidental to the bid item on construction of concrete curb. WATER FOR CONSTRUCTION Water used for jetting or flooding trenchesspriakling, test- ing, and flushing of pipe lines, or any other purpose inci- dental to this project, will be furnished by th~~ Co.itradtor, The Contractor sha 1 make the necessary arranget.f,lt;1, for se- curing and transporting such water and shall take such water in a manner and at such times that will not produce 'a harmful drain or decrease of pressure in the City's water system. Water shall not be used in a wasteful manner. The Contractor shall make arrangements with the City to provide the water required and the Contractor shall,pay for the water at the prevailing rate. SITE CLEANLINESS During construction of the work, the Contractor shall, at all times, keep the site of the work and adjacent premises as free from material, debris and rubbish as is practicable and shall remove same from any portion of the site if, in the opinion of the Engineer, such material, debris or rubbish constitutes a nuisance or is objectionable, The Contractor shall remove from the site all of his surplus materials and temporary structures when no further need there- for develops. GP-7 ry , ,-Y MINIMUM LAGE SCALE The rates below have been determined by the City of Denton, Texas, in ac- cordance with the statutory requirements and prevailing local wages. Overtime shall be paid for at the rate of one and one-half 1 112) times the regule+- rates for every hour worked in excess of forty i40) hours per week. CLASSIFICATION RATE PER HR. CLASSIFICATION Asphalt Raker RATE PER HR. A Bang sphalt Plant Scaleman $3.75 Power Equipment Operators: Carpenter, Rough 4.20 Drano, Clamshell, Backhoe, Concrete Finisher 4.00 (Lest Orag]ine, Shover, Concrete Finisher Helper 3.25 Crane$tClamsr`eil CBackhoe, $3.95 Form Builder (Structures) 3.80 Dragline, Sho4j, Form Builder Helper 3,00 11 Form Liner {Pavin (1 Over) 4 20 g) 4.15 Foundation Drill Operator 4.75 Form Setter (Paving) 3.70 Front End Wader, Form Setter Helper 3.00 Form Setter (Structures) 3.75 Front End loader, 3.30 Laborer, Common 2.50 Mechanic .4.00 {Over `1 C.1'.) 4,20 Mechanic 3,50 Motor Grader.Operator 3.85 Oileiayer Motor Grader Operator, Powderm 3,75 Find Grade Power Equippment Operators: 4.00 Rollers Pneumatic 30 Asphalt Distributor Scrapers 3,00 Asphalt Paving Machine 4;25 Scrapers, Fine Grade 395 Bulldozer 00 Tractor, 80 N.P. 6 Less 3,85 Bulldozer, Fine Grade 3'75 Tractors Over 80 H.P. 375 ,75 4.00 oHnn 3180 Concrete Curbing Machine 4 .00 ReinforcingcSteel Setter 33.55 Concrete Paving Machine 4.10 Reinforcing Steel Setter Helper 3.00 Concrete Paving Saw 3.55 Steel Worker (Structural) 3.35 Welder 4.15 The CONTRACTOR shall comply with all State and Federal Laws applicable to such work. The above are minimum rates. Bidders shall base their bids on rates they expect to pay, if in excess of those listed. The OWNER will not consider claims for extra payment to CONTRACTOR on account of payment of wages higher than those specified. i 4 y. y` ! 17 DEFINITION OF BID ITEMS' ® The following technical specificatiospertain t s ecific n bid items which correspond P of the Texas Hi hwa De artment Standard S ecifications for - es Streets an• Construct on o H_~wai° Item 100 Pre arin Ri ht-of-Wa This item shall consists of preparing the ri ht-sof-way ftructioor obns construction operations by the removal of all o;ed by tn considere to V.. and disposal of the materials a elude re otbars, re ains sofhhousesobstruct ions elude m concrete, brick, lumber, plaster, foundations, floor slabs, tic tanks, basements`, utili!-Y pipescisterns, for water house we serrvivi 8ces, epfences, retaining walls, shackb and all other debris. This item shall specifically include ancapedfeat isuos- al of all trees, shrubs, stumps not designated for preservation. avement, of conerete This item does _ not include eslthe absrorosidewalk pavement. The curb and gutter, pavements shall be paid removal of these existing concrete p as a separate bid item. it is the intent of the specification to provide the re-nal ate rival and disposal of arovidedvforoas anseparate bid item Payment specifically p „ -Ri ht-of-Way Payment for the bid item Preparing g shall be on a lump stun basis . Item 104 Rem___,ovina old_ Concrete avement Bid items for and types sleof old moval, candrdriveeandasidewalk re- removal, curb and gu unde are rincluded uctures suchrr.shhousetslabs shallfbeaincludedtasr concrete "Preparing g of Right-of-Way." Disposal of concrete materials shall be at sites provided by this Contractor. Item 104_-_A Removin Concrete eVa men= nc on Dallas uep Removing concrete pavement spa Drive, the parking lot at Pend Street and Bolivar, and in- cidental intersection or radius pavement. • - A Item 104-B Removing cur en guttprvgav ur1_gnad G ttellr went and disposal of eting sections.of concrete curb eandmgut. ter. Payment shall be on a lineal foot basic. Item 104-C Removing Concrete Drivewa and k Remov ng concrete r veway an s a s a ~Sliddee,walSIabs inc u e all other concrete sections which are leas than pavement type sections. Payment shall be made on a square yard basis, Item 104-D Removin Concrete Inlets Remove 20 ex st ng concrete' n ets is note on t'Te plans. Fill the remaining holes with sand and compact by jetting the mate- rial. Item 110 Unclassified Excavation Provide labor and equipment necessary to excavate materials to the grade indicated on.the,plans. Rxistlrgg aspb"alt sur- face pavement Will be included along with other excavated materials as a part of this bid item, The Contractor shall stockpile sufficient suitable material to backfill and.level areas outside the.actual limits of the ppavement, Topsoil from the south portion of Bell Avenue'ahall be stockpiled in order to fill behind the curb in areas which abut sodded • lawns. Any excavated material which is not needed for fill- ing or leveling on the actual construction project shall be- come the. property of the Contractor for,disposai as he sees fit. Item 260 Lime Treatment £or Materials in Place This item shallconsist of treating the existing subbase by the pulverizing, addition of lime, mixing and comppacting the mixed material to a 95% compaction as determined by teat method TEX-114-E. Payment shall be based on a square yard measurement for a section of 6" thickness, A minimum of la# of lime shall be placed per square yard utilizin the slurry method. Density control will be utilized from the Highway spW.fications, Payment for the hydrated lime will be com- pleted by Item 264. D-2 4 w •i J ~,r item 26.4 Hydrated Lima fe': Type A, hydrated lime will be measured by the ton of 2,000 pounds, dry weight. Placement and mixing of the lime slurry will be paid as a part of Item 260. Item 340•A & 340-B 3-1 2/ & 9" Asphalt Pavement (Type "G") These items shall be pas.d by the square yard, in place, at the deppths specified. The materials and method of placement shall be identical for both bid items. Only the thickness shall be a varied quantity. Coarse aggregate used under this item, for 5/8" size and larg- er, shall be cruiihed limestone. AC 20 grade asphalt comply- ing with THD Item 300 shall be used. In place density shall be provided utilizing THD Bulletin C-14 specifications and methods. Asphalt material shall not be heated to a tempera- ture of more than 350OF at the plant and shall be placed at a minimum temperature of at least 250oF, No material shall be placed when general weather conditions indicate an air temperature of less than 50 OF. Tack coat shall be RC-2 cut- back asphalt, Type "G" paving mi%wre shall have the following gradatidn: • Percent Coarse Graded Base Course y Weight Passing 2" sieve 100100 Passing 1-3/4" sieve Passing 1-3t,411 aieve, retained on 7/8" sieve 15-40 Passing 7/8' aieve, retained on 3/8" sieve 15-40 Passing 3/8" sieve, retained on No. 4 sieve 10-25 Passing No. 4 sieve, retained on No. 10 sieve 65280 Total retained on No. 10 sieve Passing No. 10 sieve, retained on No. 40 sieve 0-20 Passing No. 40 sieve: retained on No. 80 sieve 3-15 Passing No, 80 sieve, retained on No. 200 sieve 20-85 Passing No. 200 sieve The asphaltic material shall, form from 3 to 6 percent of the mixture by weight. All material sources shall be tested and approved by the testing engineer prior to being utilized on this project$ Any substantial shortage in pavement thickness shall be noted by coring the finished pavement. A corre&pondiny; price ad- Specification made b reducing the speeified i by e TIM work shall be paymentt as for the D-3 Item 340-C 1-1/2" Asphalt Pavement {Tvoe This item shall be paid by the square yard, in lace noted by the plans. All coarse aggregate for the Type as pavement shall be crushed limestone. AC 20 trade asphalt compiying with TND Item 300 shall be used, In place density shallI be provided utilizing THD Bulletin C-14 specifications and methods. The stability of the test samples shall not be less than 40 with a density of 95-99 percent. Asphalt mate- rial shall not be heated to a temperature of more than 350OF at the plant and shall be placed at a minimum temperature of at least 25001'. No material shall be placed when general weather conditions indicate an air temperature of less than 500F. Tack coat shall be RC-2 cut-back asphalt, Type "D" paving mixture shall apply. All material sources shall be tested and approved by the testing engineer prior to being utilized on this project. Any substantial shortage in pavement thickness shall be noted by coring the finished pavement. A corresponding price ad- justment for the deficient work shall be mode bq reducing the payment as specified by THD Specification 360.11. Item 340-D 2" Asphalt Pavement(Type "D") Material specificttions for this item will be identical to the material for item 340-C. This item will be paid byy the ton, in place, for various matches where the project abuts other streets. Patches will be approximately 2" in thickness and will sometimes be irregular. Material for this item to' be placed at locations as directed by the engineer. Item 360 8" Concrete Pavement Provide and place.8" concrete pavement as per specification 360 of the Texas State Highway Department. All concrete shalt be proportioned to produce a minimum flexual strength (modulus of rupture) of 650 pounds per square inch at the age of 7 days. Pavement shall be constructed to conform to the typical sec-• tion on plan sheet #2 and joint construction shall be as de- tailed. Reinforcing steel at the joints will be measured and paid under Bid Item 440. No other reinforcing steel will be required except Rs indicated on the Joint details. An approved air-entraining agent shall be added to the concrete to pro- vide 5% air entrainment to the paving material. Only crushed stone will be allowed as the coarse aggregate in the paving mix, Longitudinal and transverse joints must be sawed to a depth of at least 2" and property sealed with approved com- pound. Bid price, per square yard of 8" concrete pavement, shall include all materials (except reinforcing steel), labor D-4 Y 9.. I r . and equipment necessary to fully place • All operations the such-as sawing, seating Joints sVandna plyi curing compound are considered as a 1 in bid Price. Part of the equareyyagd Item 421 Class "C" Concrete Provide class "C" concrete, in place, for the retaining wall as detailed on plan sheet Of Reinforcing steel for the wall will be measured and paid as a separate bid item. This cubic yard price to include all othar materials, labor and equip- ment necessary to place and finish the retaining wall as per plans and apecifications. Exposed surfaces of the wall shall be hand rubbed to obtain a smooth durable finish. Items 464-A 464-B 464-C & 464-D pt ca ape e n once o~nc'rete Sewer Pipe Provide and install eliptical shag reinforced concrete 6ew- er pipe (Class III) as noted on tha plans, Depth of all sew- er ppipes to be six feet or less. Bid price per lineal foot to include trench excavation, bedding preparation, installa- tion of pipe and backfilling of.the ditch. Jetted sand back- fill or cement stabilized backfill material to be utilized in all ditches. If cement stabilized is to be used, two sacks of cement per cubic yard shall be added to the.approved base material on the site. All concrete pipe joints shall be con- structed with rubber gaskets conforming to ASTM designation C-361 or C-443. Items 465-A 465-B 465-0 465-P & 465-H 15"' 40 111'+ 30- & 42 Reinforce Concrete Provide and install 15", 18100 2111, 30" and 42" reinforced con- crete sewer pipe (Class 111) as noted on the plans. Depth of all sewer pipes to be six feet or.' less. Bid price per lineal foot to include trench excavation, bedding preparation, in- stallation of pipe and backcilling of the ditch. Jetted sand backfill or cement stabilized backfill material to be utilized in all ditches. If a cement stabilized material is to be used, two sacks of cement per cubic-yard shall be added to the ap- proved base material on the site. All concrete pipe joints shall be constructed with rubber gaskets conforming to ASTM designation C-361 or C-443. Item 465-D 24" Reinforced Concrete Sewer Pine Provide and install 24" reinforced concrete sewer pipe (Class III) as noted on the plans. Depth of all'sewer pipe (except D-5 . 50' which is approximately seven ;feet deep) or lass. -Bid price per lineal foot to include trench execs vation, bedding preparation, installation of pipe and back. fillingg of ditch. Jetted sand backfill or Cement stabilized backfill material to be utilized in all ditches. All con- crete pipe joints shall be constructed with rubber gaskets conforming to ASTM designation C-361 or C-443. Item 465-E 27" Reinforced Concrete Sewer pi e Provide and install 27" reinforced concrete sewer pipe (Class 111) as noted on ths, plans. Eighty-five feet of the pipe will, be a depth of six feet or less. Three hundred twenty feet of the pig: will be 6'-8' In depth. five feet of tpipe ;:11?. he 8'-10'indep h,ruTheebbidiprice per lineal foot of pipe will not depend upon the depth of placement. Price per foot to include trench excavation, bed- ding preparation, installation of ippe and bockfitli6g of thn ditch. All,concrete,pipe joints s9A l be constructed with ru - ber gaskets conforming to ASTM de,9igna-wion C-361 or C-443, b Item 465-G 36" Reinforced Concrete Provide and install 36" reinforced concrete sew:?:r pipe (Class III) as noted on the pplans. One hundred five feet of the pipe will be placed approximately 10-1/2 feet deep. Two hundred forty-five feet of the pipe will be placed at a depth of ap- proximately eight feet. All the remainder of the pipe will be at a depch of six feet or less, The foot will not vary with depth of the placbid ementice per lineal Bid price per lineal foot to include trench excavation, bed- ding preparation, installation of pipe and backfilling of the ditch. Jetted sand backfill or cement stabilized back- fill material is to be used in all ditches, Pipe joints shall be 'constructed with rubber gAil asketscconform- ing to ASTM designation C-361 or. C-443. Item 65-I 48" Reinforced Concrete Sewer Pipe Provide and install 48" reinforced concret~ wer pipe (Class III) as noted on the plans. Depth of all sewer pipe to be a proximately twelve feet. Bid price per lineal foot to in- clude trench excavation, bedding of pipe and backfilling of the ditch. Jetted sandabackfill or cement stabilized backfill material to be utilized in all ' ditches.. All concrete 4phall be sth rubber gaskets conforming to~ASTMsdesignationoC-361 ordCw443, D-6 h r S'1 iY I . ~4~ I Item 470-A Manhole (4' I.D.) & Cover Construct 14 pre-cast sewer manholes as per detailed on plan sheet #3. Lump sum bid p,-,ice to include all materials, Is- bor and equipment necessary to place the manholes. Frames and grates for the manholes are included in the lump sum bid p•i All manholes, regardless of depth, will be paid at one bid price, per each structure. Twelve of the fourteen Manholes are six feet or less in depth. One manhole is eight feet deep and one manhole is ten feet deep. Backfill around manholes shall be with the same material used for pipe trench Backfill. Item 470-B Manhole (5' I.D.) & Cover aiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii- Construct six pre-cast sewer manholes as per detailed on plan sheet #3. Lump sum bid price to include all materials, la- bor and equipment necessary to place the manholes. Frames and grates for the manlioa.osre'~ancl ded in the lump stem bid price. All manholes, regardless__of depth, will be paid at one bid price, per each structure. Four of the six manholes are six feet or less in depth. The other ti maetholes are approxi- mately twelve feet deep. Backfill ,:ottne manholes shall be with the sama material used for pipe tree^.h backfill. Item 470-C Manhole (b' Y.D.) & Cover Construct one pre-cast sewer manhole an per detailed on plan sheet #3. Lump sum hid price to include all materials la- bor and equipment necessary to place the manhole. The frame and grate for the manhole is included in the lump sum bid price. This manhole is'bpprbx m~`atelyy four feet deep. Back- fill around the manhole shall be with the same material used for pipe trench backfill. Item 470-D Junction Box & Cover Construct two junction boxes as detailed on plan sheet #5. Frames and grates for each junction box are to be considered as a part of the lump sum bid item for each.' Price to in- elude all materials, labor and.equipment to fully construct the structures. Backfill around junction boxes shall be with the same material used for pipe trench backfill. Item 470-E 4' Curb Inlet Construct one 4' curb inlet as det,siled on plan sheet #4, In- let frame and cover to be aid as n separate bid item, Lump sum price to include all otter materials; Tabor and equipment D-7 necessaryy to fully construct the inlet. Backfill around in- let'shall'be with the same material used for'pipe trench backfill. Ytems 470-F, 470-G & 470-H 6', 8' & 10' Curb Inlets Construct 49 curb inlets as per detailed on plan sheet #4. in- let frame and covsr to be aid as a s_eAarate bid itein. Lump sum price, per inlet, to include all otrFr materials, labor and equipment necessary to fully construct the inlets. In some cases, inlets will be constructed in continuous groups to obtain large capacity structures, Backfill around inlets shall be with the same material used for pipe trench backfill. Items 470-I 470-J & 470-K 61, 81-& 10' Curb Inlets (Sp Clal Type Construct six curb inlets (Special.Type I)l'as"per detailed on plan sheet #5. The SpeclA Type d designation increases the inside width of the inlet basin from 2'-4" to`4'-0". Inlet J frame and covers to he said as a s_eAarate bid_ item. Lump sum price, per inlet, to inc uude art other materials, abor and equfpment necessary to fully 'construct the inlets. Backfill around inlets shall be with the same material used for pipe trench backfill. Item 470-L 6' Curb Inlet (Special Type II) Construct one curb inlet (Special Type II) as per, detailed on plan sheet #5. The Special xype 11 designation increases the inside width of the inlet basin from 21-4" to 51-6". In- let frame and cover to be paid as a separate bid item Lump sum price to include all other mate Mals;"MEor, and quip- ment necessary to full7 construct the inlet. Backfill around inlet shall be with the same material used for pipe trench backfill. Item 470-N Double Grate Inlet Construct one double grate storm sewer inlet as per detailed on plan sheet #6. Lump sum bid price to include all materials, labor and equipment necessary so fully construct the structure. Cost of inlet frames and grates t b included in the lump sum bid price. Backfill around the iflet shall be with the same material fused for pipe trench t,a:`kfill. D-8 Item 471 Inlet Fra%,►e &Cover 0 Provide and install 49 inlet frames.With covers as specified on plan sheet #4. These frames will be placed as a part of the curb inlets, Bid Items 470-E through 470-L. Frames and covers for the manholes aad junction boxes will be bid as part of those items. Construct one frame and cover at each location for an inlet, regardless of the number of inlets that may be connected in series. Item 479 Adjust Existing Manholes Adjust 20 existing manholes to match the new street grade as indicated on plan and profile sheetsi Lump sum bid price, per adjustment, to include all mater a, labor and equip- ment necessary to complete the work. f Item 522 Concrete Curb & Gutter Construct concrete curb and Putter as n"detailed on plan sheet #3. Reinforcing ateel-is not reator.f.ired when the entire section is placed as ono :.monolithic pout, All concrete shall be a minimum strength of 3,000 P,S.I. aL 28 dav6,.,The curb and`gtitter section shall receive an a pproved_Cur:.ng compound soon after the work has been completed. The Contzactor may 0 use an approved curb and gutter extrusion machine, with or without forms. This bid item shall include all materials, ,labor and equipment necessary to place the curb and gutter as noted on the plans. Item 524-A 4" Concrete Sidewalk Construct 4" thick sections of concrete sidewalk at 3ocattona shown on the plans, All concrete shall be a minimum strength of 3,000 P.S.I. at 28 days. No reinforcing steel will be re- quired in the sidewalk slabs. Approved expansion material will be placed between existing structures and the new side- walk as a part of this bid item. All sidewalks shall receive an approved-curing compound after the slab has been placed. Sidewalk slabs shall be separated by expansion joints every 20 feet and shall be marked in separate four foot- sections. I_tme 524-B 6'' Concrete _Driveyay Construct 6" thick sections of concrete d ivewallpavement at locations shown on the plans. All cone°_te sha be a mini- mum strength of 3,000 P.S.I. at 28 days. Reinforcing steel • shall be pplaced as shown by details on plan sheet #2 as a part of this bid item. These steel quantities will not be D-9 included in Item 440 for separate payment. Where driveways .are placed adjacent to concrete street pavements,.they shall be measured from the back of the pavement and shall be tied to the slab with a keyed construction joint. Where drive- ways are placed adjacent to asphalt street pavements, they shall be measured from the front of the gutter section. Approved expai,sion material shall be placed at the back of all driveways where they abut a fixed structure or pavement. All driveways shall receive an approved curing compound af- ter the slab has been placed., This bid item shall include all materials, labor and equipment necessary to place the driveway slabs within the limits as abo~2 described. Item S.P.-1 Compacted Fill This item to include i•he placement and compaction of excavated ~ material along Bell tvenue between Prairie Street and Mulberry Street. The fill material may be obtained from the regular excavation wtifch is necessary on tho'project. Compaction shall be tested at not less than 98% of the density as deter- mined in accordance with Test Method TEX-114E, This bid price to inclidn all costs incurred in hauling, placing, sprinkling, rolling and obtaining final comppaction for the compacted ma- terial. Final pay quantities shall be computed in cubic yards, in place, by cross sectioning; the fill area. Construction methods provided by Texas State Highway Department, Item 132, "Embankment," shall generally apply. Item S.P.-2 Saw Cut_(Exis_ting Concrete) , This item shall provide for sawing existing concrete pavement, driveways and sidewalks where noted on the plans. The saw cut shalt be deep enough to provide a smooth edge when a por- tion of the concrete slab is removed. Any damage to concrete slabs which are marked to be saved will be the direct respon- sibility of the Contractor. This bid item includes only that sawing required to remove portions of existing slabs, The saw joints for new concrete pavements will be considered as incidental to the paving bid price. Item 440 Reinforcing Steel Provide and place reinforcing steel as noted on the plans. This item shall include all steel required for retaining walls and joint dowels for the concrete pavement., NOT included un- der this bid item is the required driveway steel and any steel placed in the concrete curb section (that steel being a part of other bid items). Bid Item 440 shall provide for all costs associated with the placement of retaining wall steel and D-10 'i` 64. r era 'f 1r~.i z r1~}, ,1 :i~r r{ 'f ,r ~~:k,:' 7 17 concrete pavement steel. o - Item 520 Integral Curb Construct integral curb over concrete avement sections as noted on the plans. Contractor may (1~ place the curb at the sami time as the pavement slab is constructed or (2) dowel on the curb within 24 hours after the placement of the slab. No reinforcing steel is required in the curb Faction if the work is constructed monolithic with the slab. If the place- ment of the curb is delayed, the curbs shall be reinforced with 1/2" x 8" dowels on 12" centers and ono 1/2" horizcn.- tal shall be placed in the curb and tied or welded to the dowel bars. This reinforcing steel shall be considered as a part of the integral curb bid price and will not be paid as a separare item. The quality of the concrete or the curb shall be `equal to or better than the concrete used in the pavement slab. Curing compound for the curbs shall be the same as used for the pavement slab. Item S,P.-3 Conduit Provide and install 1,900 feet of 2" P.V.6, conduit a, noted on the plans. All conduit shall be ASTM 1785 designation, • schedule 40 plastic pippe, Backfill over the conduit shall be clean sandy material. Item_S._P.-4 Pull Box Provide and install 16 pull boxes, as detailed on plan sheet #6, place the pull boxes on a 4' base of crushed gravel; such gravel to axtend at least 6" beyond each side of the pull box, All materials, labor and equipment necessary to fully complete the installation shall be provided as a part of the lump sum bid price, per unit. Item S.P.-5 Signal Base (Type I) Signal Bases, 30" diameter x 8'-0"depth, shall be constructed as per the detail on pl.an sheet #6. The Contractor shall per- form the work and provide the necessary materials (excluding the anchor rods and ground wire which are supplied by the city). Signal poles will be provided and erected by others. Item S.P.-6 Signal Base .(Type II) Signal Base, 36" diameter x.8'-6" depth, shall be constructed as per the detail on plan sheet #6. The Contractor shall b-11 z 1 porform the work and provide the necessary materials (exe.zud- i'ng the anchor rode -and Mound wire wh ch'are supplied by the city). Signal }role will be provided and erected by others. D-12